|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718Armament Contracting Division (WL/MNK), Building 13, 101 West Eglin
Boulevard, Suite 337, Eglin AFB, FL, 32542-6810 A -- AIR SUPERIORITY MISSILE TECHNOLOGY (ASMT) PROGRAM (PART 2 OF 2)
SOL MNK 97-0001 POC Contact Melissa Straughn, Contract Specialist, at
(904) 882-4294, ext 3405, or Lorna Tedder, Contracting Officer, at
(904) 882-4294, ext 3399. Air Superiority Missile Technology (ASMT)
Program: This Announcement is in two parts. This is part 2 of 2. PRDA
No. MNK 97-0001. C--ADDITIONAL INFORMATION: (1) Anticipated Period of
Performance: Less than 55 months. (2) Expected award date: April 1997.
(3) Adequate price competition is anticipated. (4) Government
Estimate: The Government expects to fund at a level up to FY97 - $500K,
FY98 - $3.2M, FY99 - $ 4.7M, FY00 - $ 5.4M, FY01 - $ 4.4M, FY02 - $
2.7M, not including government furnished equipment and flight test
facilities.. This is an estimate only, not a promise of funding
availability. (5) Type of Contract: Cost Plus Fixed Fee (CPFF) is
anticipated. (6) Government Furnished Property: It is the offeror's
responsibility to identify any equipment to be used whether
contractor-owned and furnished or Government-owned and furnished. The
Government will assist in providing Government-owned property as
appropriate if available. (7) Size Status: For the purpose of this
acquisition, the size standard is 1000 employees (SIC 8731) (8) Notice
to Foreign-Owned Firms: Such firms are asked to immediately notify the
Air Force technical point of contact cited below upon deciding to
respond to this announcement. Foreign contractors should be aware that
restrictions may apply which could preclude their participation in
this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General:
Offerors should apply the restrictive notice prescribed in the
provision at FAR 52.215-12, Restriction on Disclosure and Use of Data,
to trade secrets or privileged commercial and financial information
contained in their proposals. Offerors must submit approved DD Form
2345, Export-Controlled DOD Technical Data Agreement, with their
proposal. Offerors should state whether they are a large business,
small business, small disadvantage business, nonprofit, educational, or
historically black college or minority institution. Offerors should
consider instructions contained in the ''Proprietary Information'' and
''When and How to Submit'' sections of the AFMC Pamphlet 64-101,
''Unsolicited Proposal Guide,'' copies of which are available by
writing to: AFDTC/BC, 205 West D Avenue, Ste 449, Eglin AFB, FL
32542-6863 or telephone (904) 882-2843. AFMC Form 190, Policy
Agreements, does not apply to Program Research and Development
Announcements. Additional proposal questions should be directed to one
of the points of contact listed elsewhere herein. A technical and cost
proposal submitted in separate volumes, is required and must reference
the above PRDA number. Volume 1 should provide the technical proposal
and Volume 2 should address the price/cost portions of the proposal.
Volume 1 should be limited to a total of 100 pages, including resumes,
charts, figures, tables, etc. Pages in excess of the specified 100
pages will be removed and returned to the offeror before evaluation
starts. Cost proposals have no limitations, however, offerors are
requested to keep cost proposals to 50 pages as a goal. Contractor
proposals shall identify candidate components for the guidance/control
section and associated dimensions of each component. Also included in
the description of these components shall be a brief notification of
the level of development and acceptance testing each component has been
through, keeping in mind that proven off-the-shelf components are
desired to minimize risk and schedule delays to the demonstration
program. A page is defined to be one side of an 8.5 x 11 inch piece of
paper with information on it. Minimum print size is 10 point type, or
12 pitch doubled-spaced. Proposals shall be submitted in an original
and 5 copies. All responsible sources may submit a proposal which shall
be considered against the criteria set forth herein. Copies of the
proposals may be forwarded, if the offeror authorizes in writing, to
other interested government agencies for funding consideration.
Authorization for limited reproduction and dissemination within
Government Agencies and National Laboratories is requested. Offerors
are advised that only the Contracting Officer is legally authorized to
contractually bind or otherwise obligate the Government. (2) Cost
Proposal: The accompanying cost proposal/price breakdown shall include
a person-hour breakdown by task, a cost element summary (labor,
overhead, travel, G&A, etc.), and an SF1411, if applicable. Estimated
costs for tests or historical data for similar efforts are requested
for program office budgetary estimation and value estimation. The cost
of preparing proposals in response to this announcement is not
considered an allowable direct charge to any resulting contract, or any
other contract. It is, however, an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. (3) Technical
Proposal: The technical proposal shall include as a minimum : (a)
detailed technical approach, (b) proposed component description (c)
proposed program schedule. E--PROPOSAL EVALUATION: The selection of one
or more sources for contract award shall be based on scientific and
engineering evaluation of the proposals in response to this PRDA.
Proposals will be evaluated as received using the factors given below.
No further evaluation criteria will be used in selecting the
proposals. The factors, listed in descending order of importance, are:
(1) The overall technical merits of the proposal. (a) The likelihood
that the proposed design/approach will satisfy the technical goals and
objectives of the program. (b) The level of understanding of the
technical challenges associated with the fabrication and flight testing
of the ASMT concept. (c) The level of understanding of the system-level
issues and technical challenges in developing/employing an ASMT
conceptual weapon system. (d) The thoroughness of the offeror's
approach in addressing critical technology issues through the
appropriate level and mix of analysis, simulation and ground tests
prior to actual flight testing. (2) The offeror's capabilities, related
experience, facilities, techniques, or unique combinations of these
which are integral factors for achieving the proposal objectives. (a)
The offeror's inherent scientific and engineering capabilities to
address the technical challenges of the ASMT program. (b) The
suitability of the offeror's program management approach and structure.
(c) The suitability of the offeror's subcontracting and/or teaming
approach to meet government goals and objectives. (d) The offeror's
past and present involvement in other related programs addressing
technology issues pertinent to air-to-air combat. (3) The
qualifications, capabilities, and experience of the proposed principal
investigator, team leader, and other key personnel who are critical to
achieving the proposal objectives. (a) The relevance and suitability of
the technical background and experience of the principal investigator
and other key personnel. (b) The sufficiency of multidisciplinary
expertise to fully staff all pertinent areas of technical concern. (c)
The appropriate mix of senior and mid-level engineering staff. (4) The
offeror's record of past and present performance. (a) The offeror's
overall performance history in terms of technical, cost and management
aspects of weapon development programs. (b) The offeror's performance
history in terms of specific laboratory technology development efforts
similar in scope to the ASMT program. (5) Reasonableness and realism of
proposed cost: An evaluation is made of all proposed costs to ensure
the offeror has proper understanding of the effort. It is the policy of
WL/MN to treat all proposals as privileged information prior to award,
and to disclose the contents only for the purposes of evaluation. The
offeror must indicate on the appropriate form any limitation to be
placed on disclosure of information contained in the proposal. Offerors
are encouraged to propose risk/cost sharing arrangements to accelerate
this effort. The technical and cost information will be evaluated at
the same time. The Air Force reserves the right to select for award of
a contract, grant or cooperative agreement any, all, part, or none of
the proposals received. Award of a grant to universities or nonprofit
institutions or cooperative agreement, in lieu of a contract, will be
considered and will be subject to the mutual agreement of the parties.
''This is to notify potential proposers that are institutions of higher
education that they will be asked to accept the following article in
any grants or cooperative agreements awarded under this announcement'':
''As a condition for receipt of funds available to the Department of
Defense (DOD) under this award, the recipient agrees that it is not an
institution that has a policy of denying and that it is not an
institution that effectively prevents the Secretary of Defense from
obtaining for military recruiting purposes (a) entry to campuses or
access to student on campuses, or (b) access to directory information
pertaining to students. If the recipient is determined, using
procedures established by the Secretary of Defense to implement section
558 of Public Law 103-337 (1994), to be such an institution during the
period of performance of this agreement, and therefore to be in breach
of this article, the government will cease all payments of DOD funds
under this agreement and all other DOD grants and cooperative
agreements, and, it may suspend or terminate such grants and agreements
unilaterally for material failure to comply with the terms and
conditions of award.'' If your institution has been identified under
the procedures established by the Secretary of Defense to implement
section 558, then: (1) no funds available to DOD may be provided to
your institution through any grant, including any existing grant, (2)
as a matter of policy, this restriction also applies to any cooperative
agreement, and (3) your institution is not eligible to receive a grant
or cooperative agreement in response to this solicitation.'' Offerors
may contact the individuals or sections listed herein to obtain
generally available clarification of technical/contractual issues and
cost proposal format or pricing information. F--POINTS OF CONTACT: (1)
Technical Point of Contact: Technical Issues: William J. Jones, (904)
882-8876, ext 3331, (E-mail JONESW@EGLIN.AF.MIL) (FAX (904) 882-2201)
at WL/MNAV, 101 W Eglin Blvd, Ste 329, Eglin AFB, FL 32542-6810. (2)
Contracting/Cost Point of Contact: Questions related to the
contract/cost issues should be directed to Melissa Straughn, Contract
Specialist, (904) 882-4294 ext 3405 (E-mail JOHNSMA@EGLIN.AF.MIL), or
Lorna Tedder, Contracting Officer, (904) 882-4294 ext 3399 (E-mail
TEDDER@EGLIN.AF.MIL) at WL/MNK, Building 13, 101 West Eglin Boulevard,
Suite 337, Eglin AFB, FL 32542-6810. The FAX number is (904) 882-9599.
An Ombudsman has been appointed to hear concerns from offerors and
potential offerors during the proposal development phase of this
acquisition. The purpose of the Ombudsman is not to diminish the
authority of the Contracting Officer, but to communicate contractor
concerns, issues, disagreements and recommendations to the appropriate
government personnel. All potential offerors should use established
channels to voice concerns before resorting to use of the Ombudsman.
When requested, the Ombudsman will maintain strict confidentiality as
to the source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the selection decision. All request for
information and routine communication concerning this acquisition
should be directed to Melissa Straughn, Contract Specialist, WL/MNK,
Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL
32542-6865, telephone (904) 882-4294 ext 3405. The Ombudsman should
only be contacted with issues or problems that have been previously
brought to the attention of the contracting officer and could not be
satisfactorily resolved at that level. Potential offerors are invited
to contact ASC Eglin's Ombudsman, Colonel Timothy R. Kinney, ASC/SK,
205 West D Avenue, Suite 318, Eglin AFB FL 32542-6865 at (904) 882-9051
with serious concerns only. (See Part 1 of 2) (0311) Loren Data Corp. http://www.ld.com (SYN# 0003 19961107\A-0003.SOL)
A - Research and Development Index Page
|
|